Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 29, 2007 FBO #1949
SOLICITATION NOTICE

C -- COLLOCATE MILDEP INVESTIGATIVE AGENCIES, P012V

Notice Date
10/25/2006
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Washington, 1314 Harwood Street Washington Navy Yard, Washington, DC, 20374-5018, UNITED STATES
 
ZIP Code
20374-5018
 
Solicitation Number
N40080-06-R-0028
 
Response Due
11/27/2006
 
Point of Contact
Sean Duffy, Contract Specialist, Phone 202-685-8002, Fax 202-685-1788, - Robert Rounay, Contract Specialist, Phone 202-685-0188, Fax 202-685-1788,
 
E-Mail Address
sean.duffy@navy.mil, robert.rounay@navy.mil
 
Description
COLLOCATE MILDEP INVESTIGATIVE AGENCIES, P012V MARINE CORPS BASE QUANTICO QUANTICO, VIRGINIA Contract Number N40080-06-C-0028 This project is being solicited on an unrestricted basis. (The small business size standard North American Industry Classification System (NAICS) code is ?541330?, $4.0 million annual average.) The work includes Architectural and Engineering Services necessary for preparation of a Design Build Request of Proposal (RFP) to construct a multi-story facility/ facilities for the BRAC directed collocation of Military Department (MILDEP) Investigation Agencies composed of the Counterintelligence Field Activity (CIFA), HQ Naval Criminal Investigation Service (NCIS), HQ Air Force Office of Special Investigations (AFOSI), HQ Army Criminal Investigation Command (CID), and Defense Security Service (DSS). The new facilities will total approximately 69,675 gross square meters (GSM) (750,000 gross square feet (GSF)) and will be designed and constructed to include, but not limited to, the following: Admin space for each agency; technical service/surveillance countermeasures and ADP/operations lab; armory; academic instruction spaces; conference center, VTC rooms; public works/facility management spaces; graphics/printing and reproduction shop; equipment research area; warehouse; record storage; vehicle loading/delivery areas; mailrooms; UPS system areas; watch center; IT center; matter shredder space; police station; gate/sentry houses with truck inspection & holding areas; exchange service outlets; Installation restaurant; physical fitness facility; child development center; and miscellaneous other specialized spaces & facility support spaces. Extensive SCIF and raised flooring requirements are included throughout the facility/facilities. The project includes, but is not limited to, all or part of the following; roofing systems, flooring systems, ceiling systems, interior and exterior partitions, millwork, office systems, signs, interior and exterior finishes, windows, doors, skylights, insulation, vertical transportation (stairs, elevators, escalators, and ramps), demolition, etc. In addition, the work includes security, communication, power, fire protection, fire suppression, HVAC, plumbing, and lighting systems; storage systems, intrusion detection systems (IDS), shielding and other related features. Major site improvements include, but are not limited to; site and building utility connections for potable water, sanitary and storm sewers, natural gas, electrical, telephone, area distribution node (ADN) building and equipment, and local area network (LAN). Other site improvements include; paving, exterior site and building lighting, roadway access, roadway expansion and/or relocation, major parking requirements, sidewalks, earthwork, grading, storm water management features, landscaping, and other hard-scaping & soft-scaping requirements. Antiterrorism/Force Protection (AT/FP) requirements are part of this project, hence the A-E shall be experienced with UFC 4-010-01, DoD Minimum Antiterrorism Standards for Buildings (most recent version). Sustainable design features are required in design and engineering work, hence A-E is required to be experienced with the Sustainable Building Technical Manual Green Building Design (per USGBC LEED). The A-E shall conform design standards to EPA Energy Policy Act of 2005 (EPAct 2005), which calls for energy reduction of new facilities by 30% beyond ASHRAE Standard 90.1-2004 threshold and applying applicable sustainable design features that are life cycle cost effective. The selected A-E must be capable of performing storm water management (SWM) designs and identifying/obtaining associated Commonwealth and Federal environmental permits. The A-E (or their subcontractor) must be professionally licensed in the Commonwealth of Virginia for erosion sediment control (ESC) and SWM work. Interior design services may be required, hence A-E shall be familiar with mandatory sources for procurement, i.e. Federal Prison Industries (FPI), GSA schedules, etc. Familiarity with the metric system of measurement is required. The prime A-E must have experience in preparing RFP documents for large multi-phased projects and have a quality assurance program for this type of work. The possibility of hazardous materials, i.e., asbestos, lead paint, PCD, etc. may exist at the proposed site. If hazardous materials are encountered or suspected, the A-E shall be required to conduct hazardous material removal surveys, including; testing and sampling, provide design removal procedures and prepare construction contract documents in accordance with applicable rules and regulations pertaining to such hazardous materials. All hazardous materials licenses and/or accreditations necessary for the locality of the potential sites are required by the A-E firm or it?s subcontractors. The A-E must have experience in developing ?design build? RFPs for large construction projects. The intent of this contract is to provide architectural and engineering effort as necessary to develop sound RFP documents that clearly and comprehensively articulate the performance (plans and specs) to be prepared by the construction contractor and/or their design agent. To do this, anticipated RFP development related work tasks include, but are not limited to, the following: validation of existing programming, space and associated outfitting requirements documentation (provided in a study prepared by Marshall Craft Associates of Baltimore, MD); provision of additional facility and site programming, etc. as required; criteria coordination; documentation of existing conditions and available utility capacities; identification of utility connection points; topographic surveys; and geotechnical services, soil & environmental borings. Market value construction cost estimates (SUCCESS Cost Estimating Systems or tri-service Parametric Cost Engineering System (PACES) will be required for each RFP interim submission. Other services, such as technical reports, studies, site investigations, DD Form 1391 packages, design programming, concepts, other surveys, assistance in source selection technical panel reviews (Design Evaluation Teams), reviews of design submissions provided by the construction contractor?s design agent, shop drawing reviews, construction consultations & inspections, Title II, and similar types of work may be required at any time up to the final acceptance of all work. The A-E shall use the ?DrChecks? comment review system for all RFP (pre-construction award) and design (post-construction award) submission reviews. Once the construction contract is awarded, the Government and A-E shall utilize the Naval Facilities Engineering Command?s (NAVFAC) WebCM system for electronic submittal of all data and documents throughout the duration of the contract. (WebCM is a web-based electronic media site that is hosted by Primavera Systems Inc. ?PrimeContract?, hereinafter referred to as WebCM, web solution will be made available to key contractor personnel, personnel working for subcontractors, and the Designer of Record. The selected A-E contractor for the contract will be required to provide overhead, profit, and discipline hourly rates initially to the Contracting Officer within 7 days after receiving notification. The selected firm will also be required to participate in an orientation and site visit meetings within seven days of notification and provide a fee proposal within 10 days after receiving the scope of work & request for proposal. This will be a firm fixed price A-E contract. The duration of the contract will include design and construction support (approximately 4 plus years). The estimated start date will be December 2006. Architectural and engineering services for these contracts will be subject to the availability of funds. Project construction costs will be incrementally funded and will total in the range of $250 - $350 million. Design and construction periods will relate to requirements associated with BRAC directed schedule. The Architectural and Engineering firms shall respond directly to each of the selection criteria shown below. Selection evaluation criteria, in relative order of importance are included below. 1. Capability, experience and professional qualifications of the firm, including subcontractors, and the proposed project team (team/offices actually accomplishing the work) in providing complete architectural and engineering services as needed to provide a ?design build? RFP and for accomplishing all the requirements as described herein for similar type large projects (of $90 million or more) performed in the last 5 years. 2. Past Performance: a. Experience in applying Antiterrorism / Force Protection, Sustainability, and EPA Energy Policy Act of 2005 concepts and principles to facilities and infrastructure through an integrated design approach. b. Past performance and process of the prime A-E firm (and subcontractors) in the firm's quality control/quality assurance (QC/QA) program for similar projects to assure coordinated technically accurate studies, RFP documents, and construction cost estimates. 3. The A-E firm and project team's present workload. Demonstrated capabilities in accomplishing this work within tight time constraints. 4. Preference will be given to firms with the demonstrated capability of using CAD, SPECSINTACT, and the SUCCESS Cost Estimating System or tri-service Parametric Cost Engineering System. Each firm's ACASS past performance(s) and performance ratings will be reviewed during the evaluation process and can affect the selection outcome. Firms which meet the requirements listed in this announcement are invited to submit one copy each of the completed Standard Forms (SF) 330, U.S. Government Architect-Engineer Qualifications, to the office indicated below. Site visits will not be arranged during the advertisement period. Interested firms are requested to included telefax numbers, DUNS number, and Taxpayer Identification Number (TIN) and the A/E Contractor Appraisal Support System (ACASS) number. The A/E firm?s primary person to be the direct contract with NAVFAC Washington throughout the contract work must be identified as the ?Project Manager?. Information in the cover letter and any other attachments will not be included in the official selection review process. Submit the SF 330 to the mailroom in Building 212, 1314 Harwood Street, SE, 1st Floor, Washington Navy Yard, DC 20374-5018 by 2:00 PM on the established due date (attn: Sean Duffy). Due Date is 27 November 20006. Fax and electronic copies of the SF 330 will not be accepted. This is not a request for proposal. Because this contract could eventually result in an award over $500,000.00, a subcontracting plan will be required by large business concerns. The small disadvantaged business goal in that subcontracting plan shall not be less than 15.8% of the subcontracted work. The women-owned small business goal shall not be less than 14.23%. A subcontracting plan is not required from firms classified as small businesses. Effective 1 October 1997, A/E contractors are now required to register their firms in the Central Contractor Registration database prior to receiving a contract award. This database provides basic business information, capabilities, and financial information to the Government and complies with the Debt Collection Improvement Act of 1996, which requires Federal Agencies to have the Taxpayer Identification Number of every contractor and to pay every contractor through electronic funds transfer. A/E contractors will only have to provide this information once with annual updates or as key company information changes occur. Registration can be accomplished through the World Wide Web at http://www.acq.mil/ec; through any DOD certified Value Added Network; or a paper may be obtained by calling the DOD Electronic Commerce Information Center at 1-800-334-3414. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (25-OCT-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 27-MAR-2007, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DON/NAVFAC/N62477/N40080-06-R-0028/listing.html)
 
Place of Performance
Address: MARINE CORPS BASE QUANTICO QUANTICO, VIRGINIA
Zip Code: 22135
Country: UNITED STATES
 
Record
SN01260552-F 20070329/070327222731 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.